Issuing Procurement Unit State of Utah Division of Purchasing Conducting Procurement Unit State of Utah Division of Wildlife Resources INVITATION FOR BIDS Cook Canyon Bullhog - BLM SOLICITATION #JH22-67 Pursuant to the Utah Procurement Code, participation on this solicitation is limited to prequalified contractors only. Bids or quotes submitted by a non-prequalified contractor will not be considered. If you are not on the current Pre-approved/Pre-qualified Vendor list for the State of Utah, please do not submit a bid. This Invitation for Bids "IFB" is issued in accordance with State of Utah Procurement Code and the Utah Administrative Code. If any provision of this IFB conflicts with the Utah Procurement Code or the Utah Administrative Code, then Utah Procurement Code and then Utah Administrative Code will take precedence. Purpose of this Solicitation The purpose of this IFB is to enter into a contract with the lowest responsive and responsible bidder to provide: for wildland fire hazard reduction and wildlife habitat restoration by mechanically removing/shredding standing live juniper trees and saplings with a wheeled or tracked MECHANICAL MULCHING/SHREDDER (Bullhog). This task order includes the Contractor to furnish labor, equipment, supervision, transportation, operating supplies and incidentals. Project area totals approximately 987 acres as identified on attached site map. Closing date and time The closing date and time for this sourcing event is as provided in this posting. If your time is different from that shown, your profile may be set to a different time zone. Please see the attachment titled "Changing Your Time Zone" in the Buyer Attachments section for directions on how to update your profile. It is your responsibility to make sure you submit your response by the date and time indicated above. Bid Openings The bid opening for this solicitation will NOT take place in person. “Unofficial Results” will be posted to the solicitation in SciQuest after the solicitation has closed. The Unofficial Results DO NOT constitute an award for the bid. Unofficial Results are being uploaded online in order to promote fairness to all vendors, regardless of physical geographic location. SITE SPECIFICS: Location and Description: Work under this Contract is located approximately 2 miles northeast of the town of Grouse Creek in Box Elder County, Utah. The total number of acres identified for treatment within the project area is approximately 987. The work location is shown on the general location and site maps. Elevations range from 5,400 to 6,000 feet within the project site. Slope ranges from 5% to 30%. The work will occur on Federal (BLM) and State (SITLA) lands. Rocky areas are present but not consistent throughout the project area. The contractor will be compensated for actual treated acreage of the task order. Acreage: Approximately +/- 987 dependent upon bids and budget constraints. Of the 987 acres identified for treatment, 189 acres (19% of the acres to be treated) are considered 2nd entry as they have been treated previously. Access to the site: Take Interstate 80 west from Salt Lake City, UT and continue into the state of Nevada. At approximately mile marker 102 take the Oasis exit number 378 and proceed north on Highway 233. At approximately mile marker 34 Highway 233 becomes Highway 30 and proceeds back into Utah. Continue traveling northeast until approximately mile marker 9 on Highway 30. Turn north on the Grouse Creek gravel road and travel approximately 20.5 miles to the town of Grouse Creek. Continue through town approximately 1 mile. Turn right (east) on Pine Creek/Cook Canyon Road and travel about .3 miles to Cook Canyon Road. The project area can be accessed by turning either left or right. Access is by a combination of dirt surface roads and jeep trails. Four (4) wheel drive vehicles are recommended in and around the project area. It will be the contractor’s responsibility to get the equipment to the work site. SPECIFIC TASKS: Work Limits: Only areas shown on the Project Map will be treated. Government staff will identify unit boundaries for the work executed under the contract. The project will not be flagged. The contractor will be required to have a either a GPS unit or GPS capable device to use georeferenced maps that will be provided by the Government. The Contractor shall immediately upon entering the project area, begin work, locate control points, section corners, and take such action to prevent their destruction. Mulching: This is a mastication contract. ALLstanding live juniper trees and saplings will be shredded with a wheeled or tracked MECHANICAL MULCHING/SHREDDER (Bullhog) unless they meet the description of a leave tree. Leave trees are defined as bearing trees, old-growth, or wildlife trees. Old-growth trees are defined as large, single stemmed junipers (generally greater than 20” in diameter at ground level) having old-growth characteristics. Wildlife trees are trees with nests showing signs of recent activity or trees with a large nest (nest is greater than 36” in diameter). The contractor will be responsible for identifying and leaving bearing trees, wildlife trees, and large trees with old-growth characteristics once they have been oriented on site by the Contracting Officer’s Representative (COR). The COR will meet with the contractor on site and provide a more detailed written and oral description of wildlife trees, trees with old-growth characteristics and bearing trees. Juniper cover, densities and size are variable across the landscape. However, most trees within the project area are medium sized (10-12’ tall). Mulch depth shall not exceed four inches (4”). If mulch exceeds four inches in depth the Contractor shall spread the mulch either mechanically or by hand. All surplus vegetation and slash shall be ground or cut, such that no woody piece is greater than 4 feet (4’) in length. No live limbs shall be left on the stump of any ground stem. Stumps shall be no taller than six inches (6”) as measured on the uphill side. CONTRACTOR FURNISHED EQUIPMENT: Equipment Requirements: At least two, mobile, tracked or wheeled, hydraulically or PTO driven, mechanical mulching/shredder (Bullhog) shall be furnished on a fully-operational basis, with a competent, fully-qualified operator, and shall be capable of mulching/shredding live trees up to twenty (24) inches in diameter at 6 inches above ground level measured on the uphill side. Equipment shall be washed with a high-pressure system before entering and exiting project lands. All soil and plant parts shall be removed to prevent the spread of noxious weeds in and out of the project area. GOVERNMENT FURNISHED PROPERTY: No Government property shall be furnished on this project. This contract will result in one purchase order contract award to the lowest cost responsive and responsible bidder. Length of the Contract Project performance time: 106 calendar days. Performance window: November 29, 2021 through March 15, 2022. Issuing Procurement Unit, Conducting Procurement Unit, and Solicitation Number The State of Utah Division of Purchasing is the issuing procurement unit and State of Utah Division of Wildlife Resources is the conducting procurement unit for this IFB (referred to as “the State”). The reference number for this IFB is Solicitation #JH22-67 This solicitation number must be referred to on all bids, correspondence, and documentation submitted to the State relating to this IFB. Additional Information: Site Visits: There will be no site visit. It is strongly recommended that each potential bidder ensure that he/she has a complete understanding of the requirements of this project. Bidders are urged to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Shape Files: Maps and/or shapefiles are attached in the Buyer Attachments Section of this solicitation. If bidder needs additional maps/files, please specify the type in the Q&A Section of this solicitation. Maps are provided for informational purposes only. Bidders are prohibited from communications regarding this IFB with the conducting procurement unit staff, evaluation committee members, or other associated individuals EXCEPT the State of Utah Division of Purchasing procurement officer overseeing this IFB. Wherever in this IFB an item is defined by using a trade name, brand name, or a manufacturer and/or model number, it is intended that the words, “or equivalent” apply; and invites the submission of equivalent products by the Bidders. Bidders may be required to submit product samples to assist the chief procurement officer or head of a procurement unit with independent procurement authority in evaluating whether a procurement item meets the specifications and other requirements set forth in the invitation to bid. Product samples must be furnished free of charge unless otherwise stated in the invitation for bids, and if not destroyed by testing, will upon written request within any deadline stated in the invitation for bids, be returned at the bidder's expense. Samples must be labeled or otherwise identified as specified in the invitation for bids by the procurement unit. Evaluation of Bids Each bid received shall be evaluated for responsiveness in as outlined in the Utah Procurement Code. This IFB shall be evaluated by the objective criteria described in this IFB. Bids submitted must comply with the prerequisites and questions sections of this IFB. Any bid that does not comply with the prerequisite and questions sections will be deemed non-responsive and will be rejected. Multiple or alternate bids will not be accepted, unless otherwise specifically required or allowed in the invitation for bids. If a bidder submits multiple or alternate bids that are not requested in this IFB, the chief procurement officer or head of a procurement unit with independent procurement authority will only accept the bidder's primary bid and will not accept any other bids constituting multiple or alternate bids. Any exceptions to the content of this IFB, including the prerequisites, must be protested in writing to the Division of Purchasing prior to the closing date. To be responsive and responsible Bidders must review and respond to the following sections of this IFB: Prerequisites, Buyer Attachments, Questions, and Items. The Prerequisites Section contains the objective criteria that will be used to evaluate the bids, including the mandatory minimum requirements and general requirements that Bidders must certify that they have read, understand, and agree to in order to submit a bid. The Buyer Attachments Section contains the required State of Utah Terms and Conditions of the IFB, which are non-negotiable, and other documents required for this IFB. The Questions Section contains the questions that Bidders are required to answer in order to submit a bid. The Items Section contains the detailed description of the procurement items being sought and allows the Bidders to provide their bids. Bidders must review each section of this IFB carefully.
Bid Protests Not Available